Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2023 SAM #7817
SOURCES SOUGHT

70 -- Sources Sought Announcement (SSA) for corrective action to mitigate the impact of obsolete parts of the Terminal Operator Unit (TOU) for the SMART-T System

Notice Date
4/21/2023 9:34:20 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-23-049
 
Response Due
4/28/2023 1:30:00 PM
 
Point of Contact
Rodolfo Galindo, Mary Shearer
 
E-Mail Address
rodolfo.galindo6.civ@army.mil, mary.shearer@dla.mil
(rodolfo.galindo6.civ@army.mil, mary.shearer@dla.mil)
 
Description
The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), anticipates a requirement for corrective action to mitigate the impact of obsolete parts of the Terminal Operator Unit (TOU) by providing a true form, fit, function replacement including an update to current Windows Operating System to version 11 to support the Secure Mobile Anti-Jam Reliable Tactical-Terminal (SMART-T) program. This is a sources sought announcement looking for vendors who are capable and interested, to provide� requirements but not limited to: System Integration and Testing, Logistics Deliverables, Program Management and Configuration Management to successfully perform corrective action to mitigate the impact of obsolete parts of the Terminal Operator Unit (TOU) by providing a true form, fit, function replacement including an update to current Windows Operating System to version 11.This effort will also include initial development of TOUs units (8 EA) that will be used for functioning testing and EMI/Environmental testing. The estimated period of performance is 30 months from date of award of a task order. This contract type is anticipated to be Cost Plus Fixed Fee (CPFF). Potential follow-on contract for production of 300 units of a true form, fit, function replacement.� Requirements Description: The Advanced Extremely High Frequency (AEHF) Secure Mobile Anti-jam Reliable Tactical- Terminal (SMART-T) system, provides the Army's only worldwide satellite communication capability, which is anti-jam, and low probability of interception (LPI) and detection (LPD). �It also provides range extension to the Army's current and future tactical communications networks. �The SMART-T processes data and voice communications at low, medium, and extended data rates. �The AEHF SMART-T operates with MILSTAR/AEHF satellite constellation-compatible communications payloads. �The terminal is transportable, palletized, and integrated into a High Mobility Multi-Purpose Wheeled Vehicle (HMMWV). � The TOU is a Line Replaceable Unit (LRU) to the AEHF SMART-T system, which provides the operator with a means to remotely configure, control and monitor terminal operation via keyboard and display. Please note: The Government does not possess the Technical Data Package (TDP). The TDP is owned by the manufacturer. Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design are not available from the Army. Name: Terminal Operator Unit (TOU) NSN: 7021-01-643-5937 P/N: A2282724 CAGE: 49956 Services Sought: The contractor shall perform the requirements listed below which are not limited to: System Integration and Testing, Logistics Deliverables, Program Management and Configuration Management to successfully perform corrective action to mitigate the impact of obsolete parts of the Terminal Operator Unit (TOU) by providing a true form, fit, function replacement including an update to current Windows Operating System to version 11. System Integration and Testing Lifetime Buy Components Any component that has been identified as becoming obsolete or is obsolete with no drop-in replacement or potential re-design solution shall be recommended for an immediate lifetime-buy procurement on a priority basis as described below. The contractor shall recommend a procurement quantity sufficient to support the system through its currently projected life cycle (Year 2032). Once received, a sample of these components shall be installed in the appropriate hardware and evaluated to verify the hardware performance. This verification shall be considered for all parts related to the Terminal Operator Unit (TOU). Once, a component(s) becomes obsolete or is projected to become obsolete, the contractor shall notify the Government in writing within 14 days. The contractor shall prioritize the recommendation of life-time buys on the basis of historical failure rates, for example Failure Reporting, Analysis and Corrective Action System (FRACAS) data, field data and the projected date of component depletion. � � � CCAs Design Update �� Circuit Card Assembly (CCA) items shall be redesigned, if it has been determined by the contractor, with concurrence from the Government, that the existing CCA is obsolete and the obsolescence cannot be resolved by a drop-in replacement(s) to the CCA. The new design shall support repairs and future builds. The existing CCA design shall serve as a starting point for a new CCA design. Specifications, schematics, parts lists, assembly drawings, and printed wiring drawings shall be updated or created new as required. � � � Software Updates/Software Development Environment The contractor shall limit the changes to the operational code so as to reduce the amount of retesting and/or potential recertification. The contractor shall ensure backwards compatibility with the existing software baseline. The contractor shall ensure that any combination of old and new hardware operates with the newly modified software baseline. Build Validation Newly built form, fit, function replacement for the TOU shall be validated with a low-rate initial builds of 8 each TOUs for functional testing and system validation. The hardware and modified software baseline shall be validated via a Government-approved acceptance test in an AEHF SMART-T System / Satellite Simulator (SATSIM) combination. The form, fit, function replacement for the TOU shall undergo a terminal regression test. The level of Government witness and participation shall be coordinated between and as mutually agreed to by the contractor and the Government, based upon the magnitude, impacts to the SMART-T and ancillary systems and visibility of the change. The Government may participate in and witness testing. Computer Software Product End Item (CSPEI) Periodically, based on agreement between the contractor and Government, software updates for obsolescence will be incorporated into a new build for release and digitally signed by NSA before distribution. These new builds will need to be tested prior to fielding new hardware changes. Changes involving software inside the Information Assurance (IA) boundary must be approved by NSA. The contractor shall provide the government 3 copies of the CSPEI products on data key storage media for TOU software image loading. The contractor shall provide the CSPEI, IAW DI-IPSC-81441A. Regression Testing The contractor shall perform verification testing of CCAs in accordance with the applicable Hardware Requirements Specification (HRS)/Circuit Card Design (SCD). The contractor shall provide Test Procedures. The contractor shall document test procedures to verify that the current requirements of Specification A3281948 and A5390546 have been met. Testing shall be IAW Table 4.1 of the specification A3281948. The level of Government witness and participation shall be coordinated between the contractor and the Government, based upon the magnitude and visibility of the change. The Government may participate in and witness testing. This effort shall include removing the existing hardware, replacing it with the newly designed hardware, conducting a system level performance verification test and returning the terminal to its previous state. Once the individual hardware testing is complete, a full regression test using the agreed to Regression Test Procedures shall be conducted to verify that the new hardware and modified software baseline functions properly together in the AEHF terminals. The Regression Test Procedure shall include Low Data Rate (LDR), Medium Data Rate (MDR) and extremely High Rate (XDR) functionality for AEHF. The Regression Test shall include various combinations of old and new hardware. To insure backward compatibility and interoperability, as a minimum, regression testing of all new hardware shall be performed with all external interfaces connected to old hardware. In addition, the contractor shall perform test scenarios that demonstrate that the entire complement of old hardware is compatible with the new software baseline. The test shall be executed using the Lincoln Labs Satellite Simulator (LLSIM) and On-Orbit.� System Qualification (SQT) Testing The contractor shall conduct a formal System Qualification Test (SQT) using the latest SMART-T Terminal hardware and software developed under this effort. The testing shall be performed for the Government to witness and accept using the contractor generated and Government approved test procedure. The SQT test procedure shall be developed under this effort and shall be submitted to the Government for approval. All testing shall be at the contractor's facility. The scope of the testing shall include physical and functional testing for verification of system compliance with the applicable A-Specification A3281948 requirements IAW paragraphs referenced in table 4.1. The system level qualification shall consist of the following per LRU System Qualification Test Report shall be provided by the contractor. Test Equipment The contractor shall limit changes to test equipment and shall use actual systems for troubleshooting efforts. The contractor shall identify all test equipment required to repair faulty LRUs. Logistics Deliverables Any changes to part numbers due to part modification shall result in changes to the provisioning data and technical manuals shall be updated to current configuration baseline. The contractor shall submit Engineering Data for Provisioning in accordance with this PWS and IAW CDRL DI-SESS-81759A for all Design Change Notice (DCN) items which do not have National Stock Numbers (NSNs) assigned. �EDFP is required in the following order of precedence for those items requiring EDFP and not supported by government or recognized industry specifications or standards: Technical data equivalent to approved product drawings as defined under MIL-STD-31000A; �Technical data equivalent to in-process/incomplete product drawings as defined under MIL-STD-31000A; Commercial drawings, commercial manuals, catalogs, catalog descriptions, sketches or photographs with brief descriptions of dimensional, materiel, mechanical, electrical, or other descriptive characteristics. Design Change Notices (DCNs) The contractor shall submit DCN: DI-SESS-81758A. DCNs shall document Engineering Change Proposals (ECP), which have been approved by the government. DCNs shall be created to update the existing Provisioning Parts List (PPL) causing the Repair Parts and the Special Tools List (RPSTL) Technical Manuals to be updated and recreated. The narrative technical manuals shall be updated and change pages delivered for technical review only. Security Requirements Updates The contractor shall update existing terminal security documentation impacted by this task order. The contractor and the Government shall work with NSA in support of the security ECP including obtaining approval for all related software changes within the Information Assurance (IA) boundary. Program Management Contract Status Report (CSR) The contractor shall provide monthly Contract Status Reports. The report shall include all significant contract activities critical to contract performance, including: testing, deliveries and meetings. Contract Funds Status Report (CFSR) The contractor shall prepare and provide monthly Contract Funds Status Reports. Reporting shall be to the lowest level necessary to support funds management requirements. Configuration Management The contractor shall continue the existing AEHF SMART-T Configuration Management (CM) program to include the requirements of this PWS. Allocated Configuration Baseline System Specification A3281948 and all delivered technical data that the government used to support the AEHF SMART-T shall be placed under configuration control. Any change(s) to System Specification A3281948 or the technical data that impacts the Government/Military ability to operate and maintain the equipment, including impact to the technical manuals, provisioning, and training materials, requires a Class 1 Engineering Change, as defined in paragraph 3.5.1.1. No Class 1 changes to these documents or to the AEHF SMART-T delivered that conform to these documents will be allowed without prior Government approval through the submission of a Class 1 Engineering Change Proposal (ECP) and a contract modification for its implementation. Engineering Change Proposals (ECPs) ECPs shall be sufficiently detailed to allow the government to evaluate its technical, logistics, cost and programmatic impact. The preparation costs of unsolicited contractor-proposed ECPs are not reimbursable. Unsolicited Class 1 ECPs shall be submitted to the government for approval. The cost of implementing the ECP shall be negotiated under the �Changes� clause of the contract. A copy of each contractor internal Class 2 ECP should be made available for informational purposes only at no cost to the government. The implementation of a Class 2 Engineering Change shall not impact contract cost. If implementation of a Class 2 Engineering Change impacts schedule, the government may seek remedy. Class 1 Engineering Change All Class 1 Engineering Changes shall require government approval prior to implementation. A Class 1 Engineering Change is any change to form, fit or function of information contained in approved configuration documentation for which the government is the current document control authority or that has been included in the contract or PWS. Class 1 Engineering Changes include the following: a. System Specification b. Software Baseline c. Logistics Documentation (Manuals, Provisioning data etc.) d. INFOSEC Boundary e. Crypto f. System ICDs g. Equipment Operation Class 2 Engineering Change A Class 2 Engineering Change is an engineering change that does not meet the criteria of a Class 1 Engineering Change. Class 2 Engineering Changes do not require government approval. The government shall be notified and provided a copy of the change. Value Engineering Change Proposal (VECP) VECPs shall be submitted. The contractor will be reimbursed for the preparation of the VECP as described in the applicable �Value Engineering� clause. Processing Turnaround Time for ECPs The contractor shall classify each ECP according to its urgency. The assigned priority will determine the timeframe in which the ECP is to be reviewed, evaluated, and implemented. The government in thirty (30) calendar days or less will evaluate routine ECPs. Turnaround time for urgent ECPs is fifteen (15) days, and emergency ECPs twenty four (24) hours. The government will confirm priority upon receipt of the ECP. �Documentation The contractor shall document the configuration of the AEHF SMART-T in relation to the contractor�s configuration baseline to the extent of identifying and the recording of serial numbers for the LRUs. The data shall be available for government review and use. Configuration Control Document All contractor�s proposed changes, deviations and waivers of the requirements and information contained in a configuration control document shall be made using one of the methods described in submission of Configuration Control Documents shall be submitted via electronic means to the government, when available. Request for Variation (RFV) RFVs shall be submitted when a deviation from a configuration controlled item is needed. The cost to prepare and submit RFDs is not reimbursable. Acceptance/approval by the government may require negotiation for consideration. The government will evaluate routine RFVs in thirty (30) calendar days, or less. Turnaround time for urgent RFDs will be is fifteen (15) days, and emergency RFDs twenty four (24) hours. The government will confirm priority upon receipt of the RFD. Requested Response Information: At a minimum, information submitted should include but is not limited to the following and the questionnaire at the end of this document.� In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. �This information should be provided in the Contractor Questionnaire which is contained within or in an attachment form as part of this sources sought announcement. Notice, Response due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. �Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future.� All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. �All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate. Please submit responses by April 28, 2023 Technical Point of Contact: Rodolfo.galindo6.civ@army.mil Competition Advocate Point of Contact: DLA-Aberdeen � mary.shearer@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/627a349fc3aa4a5691d5b53ee610a310/view)
 
Record
SN06659317-F 20230423/230421230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.